Système intégré de gestion ouvert et multiplateformes des marchés publics
Publié le 21-04-2026 à 15:44
Support : support@armp.cm Plateforme : pridesoft@armp.cm
BAMENDA CITY COUNCIL
TENDER NOTICE Open National Invitation Tender File No003/BCC/ITB/2026 of 13th March 2026 for the control and supervision of the works of maintenance of earth and tarred roads in Bamenda Mezam Division
Source de financement
BUDGET AUTONOME(BA)
1.Objet New(Additif)

Within the framework of the execution of the 2026 Investment Budget of the Bamenda City Council, the City Mayor hereby launches an Open National Invitation to Tender for the control and supervision of the works of maintenance of earth and tarred roads in Bamenda Mezam Division.

2.Consistance des prestations New(Additif)

The Services include in particular: 

       Step by step control before, during and after all the construction operations; 

       Verification to ensure respect for specified standards of materials to be used;

       Quality control of materials and equipment to be put in place;      Verification to ensure the respect of quality of labour to be used;       Establishment of periodic reports.

3.Cout Prévisionnel New(Additif)

The estimated cost after preliminary studies is forty million (40,000,000) CFA Francs inclusive of all taxes.  

4.Allotissement New(Additif)

The services are in one tranche and regrouped in a single lot.

5.Participation et origine New(Additif)

Participation in this call for tender is opened to national consulting firms specialized in the control and supervision of roads and public works.

6.Financement New(Additif)

The services subject of this invitation to tender shall be funded by the investment budget of the Bamenda City Council for the 2026 financial year on the budget head No.23511.

7.Consultation du Dossier New(Additif)

The hard copy of the file may be consulted free of charge at the services of the PO/DPO during working hours at the SIGAMP Services of the Bamenda City Council, Tel: 633 36 12 67 / 67785 03 32 upon publication of this notice.

The soft copy can equally be consulted on COLEPS’ platforms http://www.marchespublics.cm and http://www.publiccontracts.cm at the ARMP website (www.armp.cm).   

8.Acquisition du Dossier New(Additif)

The hard copy of the file may be obtained from the SIGAMP Services of the Bamenda City Council, Tel: 633 36 12 67 /

67785 03 32 as soon as this notice is published against payment of a non-refundable sum of fifty-seven thousand (57,000) CFA francs for TF purchase fees payable at the Bamenda City Council Treasury under the budgetary head 712 101. 

It is also possible to obtain the electronic version of the TF by downloading it free of charge from the addresses indicated above. However, hard copy as well as electronic submission shall be subject to the payment of TF purchase fees.

9.Remises des offres New(Additif)

Each tender, drafted in English or French.

-     The offer shall be uploaded, by the bidder on the COLEPS platform or any other electronic communication means indicated by the Project Owner no later than 10th April 2026 at 10am server time. A backup copy of the tender recorded on a USB key or CD/DVD must be sent in a sealed envelope clearly and legibly marked “backup copy”, in addition to the above mentioned, within deadlines plus an original copy of the administrative file.

File size and format 

The maximum sizes of the documents making up the bidder‟s offer and that shall be forwarded to the platform are as follows:

   5 MB for the Administrative File;        15 MB for the Technical bid;       5 MB for the Financial bid. 

The following formats are accepted:        PDF format for text documents;        JPEG for images. 

Candidates shall use compression software to eventually reduce the size of the files to be 

10.Delai de Livraison New(Additif)

The maximum deadline provided for by the Project Owner for the execution of the services covered by this invitation to tender is five (5) calendar months. 

This deadline shall start from the date of notification of the administrative order to commence services.

11.Cautionnement Provisoire New(Additif)

Each bidder shall include in his administrative documents, a hand-endorsed bid bond bearing a fiscal stamp and accompanied by CDEC receipt issued by a first-rate banking institution authorised to issue bonds for public contracts, approved by the Ministry in charge of Finance and whose list is found in document 13 of the Tender File, of an amount of eight hundred thousand (800,000) CFA Francs and valid up to thirty (30) days beyond the date of validity of bids. ‟The absence of the bid bond issued by a first-rate bank or financial body of first category authorised by the Minister in charge of Finance to issue bonds for public contracts shall lead to the immediate rejection of the offer.  A bid bond submitted but that does not have any relation with the consultation concerned shall be considered as absent. The bid bond presented by a tenderer at the bid opening session shall not be accepted.

12.Recevabilité des Offres New(Additif)

Administrative documents and technical and financial bids must be uploaded on the COLEPS platform.

Any incomplete offer in accordance with the requirements of the Tender File shall be declared inadmissible. In particular, the absence of a bid bond issued by a first-rate body or financial institution approved by the Minister in charge of finance to issue bonds in the field of public contracts or failure to comply with the model documents in the tender file shall result in the outright rejection of the tender without any other procedure. A bid bond produced but having no connection with the consultation concerned is considered to be absent. A bid bond submitted by a tenderer during the tender opening session is inadmissible. A bid bond not bearing a fiscal stamp, hand endorsed by the issuing service and not accompanied by a CDEC receipt shall be considered non-compliant.  

13.Ouverture des Plis New(Additif)

23/04/2026

14.Critères d'évaluation New(Additif)

The evaluation criteria are of two types: the eliminatory criteria and the essential criteria. No criterion shall be both eliminatory and essential. 15.1 Eliminatory criteria

These criteria fix the minimum conditions to be met to qualify for evaluation according to the essential criteria. They should not be the subject of scoring. Failure to comply with these criteria shall result in the bidder‟s offer being rejected. 

These include:

§  Absence, non-compliant or insufficient bid bond at the opening of bids;

§  Failure to produce, beyond 48 hours after the opening of bids, a document in the administrative file deemed to be non-compliant or missing (except the bid bond); 

§  false declarations, fraudulent schemes or forged documents;

§  technical score less than 75 out of 100 marks;

§  failure to comply with the bids submission method or file format;

§  absence of categorisation certificate, where applicable;

§  absence of a quantified unit price in the Financial Bid

§  Absence of an element of the financial offer (tender, UPS, BQE)

§  Absence of the Integrity charter dated and signed;

§  Absence of the Commitment statement to comply with social and environmental clauses, duly filled and signed §        Execution timeframe above the prescribed; §            Failure to accept the conditions of the contract.

15.2      Essential criteria

Technical bids shall be graded on 100 (one hundred) depending on the essential criteria for qualifying candidates which shall include, for example, the following:

§  Presentation of the offer;

§  the bidder‟s references in the provision of similar services; 

§  the proposed methodology in compliance with the ToR;

§  qualification and competence of experts; § Solvency and financial capacity; §      Material needed, as appropriate.

§  Evidence of having accepted the conditions of the contract

 

Essential criteria and sub-criteria are detailed, for each lot, in the Special Regulations of the Invitation to Tender (RPAO) N.B:

-       In the event of pre-qualification of national enterprises through categorisation, they are exempted from producing in their technical file the documents listed in Article 13.1.b1 of the technical envelope of the RPAO.

Any government worker listed among the staff of a bidder and who has not presented all the documents likely to justify his release from the Administration, shall be considered invalid

15.Attribution New(Additif)

The Project Owner shall award the contract to the bidder with the best evaluated bid based on a combination of technical, financial and/or aesthetic criteria.

16.Durée Validité des Offres New(Additif)

23/04/2026

17.Renseignements Complémentaires New(Additif)

Further information may be obtained during working hours from the SIGAMP Services of the Bamenda City Council, Tel: 233 36 12 67 / 67785 03 32 or online on the COLEPS platform at http://www.marchespublics.cm and http://www.publiccontracts.cm.

20. Fighting corruption and malpractices

To report corrupt practices, facts or acts, please call NACC on or send an SMS to 1517, or the Authority in charge of

Public Contracts (MINMAP) (SMS or call) on (+237673 20 57 25 et 699 37 07 48, or the ARMP on (+237) …………..….

 

or the PO/DPO on 233 36 12 67.

BAMENDA Le 13-03-2026
Le MAITRE D'OUVRAGE
ACHOBONG TAMBENG Paul